SOLICITATION NOTICE
Z -- USACE SPK Hill Air Force Base Plating Shop Renovation SATOC
- Notice Date
- 1/22/2026 2:41:48 PM
- Notice Type
- Presolicitation
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
- ZIP Code
- 95814-2922
- Solicitation Number
- W9123826RA004
- Response Due
- 3/20/2026 2:00:00 PM
- Archive Date
- 01/22/2027
- Point of Contact
- Melita Doyle, Phone: 9165576611
- E-Mail Address
-
melita.s.doyle@usace.army.mil
(melita.s.doyle@usace.army.mil)
- Description
- 1. GENERAL INFORMATIONThe U.S. Army Corps of Engineers, Sacramento District (USACE SPK), intends to solicit proposals for a Single Award Task Order Contract (SATOC) to support the renovation, modernization, and phased replacement of plating shop facilities at Hill Air Force Base (HAFB), Utah. This notice is issued for planning and information purposes only and does not constitute a solicitation.The SATOC will be structured as a four (4) phase phased SATOC, with task order execution sequenced to align with operational constraints, funding availability, and mission continuity requirements. The SATOC will have an ordering period of 1,825 calendar days (five (5) years) from the date of contract award. The first task order awarded under the SATOC will satisfy the minimum guarantee.This notice does not constitute a Request for Proposal (RFP), Request for Quotation (RFQ), Invitation for Bids (IFB), or a promise to issue solicitation in the future. This notice does not commit the Government to contract for any supply or service whatsoever. The information provided in this notice is subject to change and is not binding on the Government.2. SCOPE OF WORK (OVERVIEW)The SATOC will support design-bid-build construction task orders for renovation and modernization of plating shop facilities, including but not limited to Buildings 505 and 507 and associated infrastructure at HAFB. Anticipated work includes:? Demolition and replacement of existing plating line tanks and process equipment? Installation and commissioning of new electroplating, anodizing, cleaning, stripping, and surface treatment process lines? Installation of chemical distribution and storage systems? Mechanical, electrical, and control system upgrades supporting plating operations? Ventilation, air quality management, and environmental control systems? Fire suppression and life safety system upgrades? Structural modifications to support new process equipment? Construction of a new approximately 2,800-square-foot Pre-Engineered Metal Building (PEMB) to house relocated ovens and supporting equipment? Utility upgrades including process piping, compressed air, gases, power distribution, and controls? Phased construction to ensure continuous mission operations during renovation? Compliance with environmental, safety, and regulatory requirements applicable to plating operationsIndividual task orders may vary in size, complexity, and duration. Task orders are expected to range from $2,500 to $40 million, with multiple task orders issued over the life of the contract.3. TECHNICAL COMPLEXITY AND RISKThe work involves highly specialized industrial construction within an active operational environment. Successful performance requires demonstrated experience with:? Industrial process facility renovation? Plating shop or similar hazardous material process environments? Precision installation and alignment of tanks and process equipment? Integration of mechanical, electrical, instrumentation, and control systems? Phased construction in occupied facilities? Coordination with facility operators to maintain uninterrupted operations4. PROCUREMENT STRATEGYUSACE SPK anticipates awarding one (1) SATOC under this solicitation. The SATOC will be a pre-priced contract, with pricing established at the base contract level and applied to future task orders.The SATOC will be structured as a four (4) phase phased contract, and work will be executed through the issuance of firm-fixed-price task orders (TOs) aligned with each phase. Individual task orders are anticipated to have a maximum value not to exceed approximately $50,000,000 per task order, consistent with phased execution, operational risk management, and bonding considerations. Each phase may be executed through the issuance of one or more task orders aligned with defined scope, sequencing, and operational constraints.Task orders will be issued to the SATOC awardee only. The first task order awarded under the SATOC will satisfy the minimum guarantee.The procurement will utilize best-value tradeoff procedures in accordance with FAR Part 15. Evaluation factors are anticipated to include, but are not limited to Factor 1 ? Past Performance? Relevancy Scale. ? Highly Relevant: greater than or equal to $25M contract value or scope/scale clearly comparable to this requirement (multi-trade integration in an operational industrial facility).? Relevant: $10M?$25M with comparable core systems/risks.? Somewhat Relevant: less than $10M or limited specialty systems but shows transferable complexity.(Projects of lesser value can still be credited if they clearly reflect comparable scope/complexity.)Factor 2 ? Technical and Management ApproachFactor 3 ? Network Analysis Schedule (NAS)Factor 4 ? Small Business Participation Commitment Document (Goals: SB 23%; SDB 5%; WOSB 5%; HUBZone 3%; SDVOSB 3%.)PRICING: The SATOC pricing will be pre-priced within the separate line items of the schedule. This ensures that all proposals for this SATOC are using competitive procedures to provide the Government with their price for line items 1 - 6 Line item 7 reflects the stated capacity. This SATOC has a one-thousand twenty-five (1,825) calendar day ordering period which equates to approximately five (5) years. Price reasonableness will be established through evaluation of the pre-priced SATOC, Price List Description Estimated Amount0001 Plating Shop Renovation - PHASE 1 $0002 Plating Shop Renovation - PHASE 2 $0003 Plating Shop Renovation - PHASE 3 $0004 Plating Shop Renovation - PHASE 4 $0005 Chemical Addition Systems $0006 Contaminated Soil Disposal up to $1,500 CY $0007 Construction Activities ? any other work needed will be a negotiated under this CLIN. Specification/Drawings/Design Package for DBB will be provided with a Request for Task Order Proposal. The Capacity for this ELIN is $TBD Capacity is $40MThe Government anticipates issuing a Request for Proposals (RFP) following completion of market research and acquisition planning.5. SMALL BUSINESS CONSIDERATIONSWhile this acquisition is anticipated to be solicited on a full and open basis, the Government strongly encourages participation by small businesses as subcontractors and suppliers. Offerors will be expected to demonstrate meaningful small business utilization consistent with FAR Part 19 goals. 6. MAGNITUDE OF CONSTRUCTIONBonding and Risk Management Clarification: Performance and payment bonds will be required at the individual task order level only, in accordance with FAR Part 28. Limiting individual task order values to approximately $50,000,000 per task order supports manageable bonding requirements, enhances price realism, and enables effective risk allocation for complex, phased industrial construction in an active operational environment.The total SATOC contract capacity is approximately $114,000,000 over the five (5) year ordering period. The SATOC capacity represents the cumulative ceiling for all task orders issued across the four (4) phases and does not reflect the value of any single task order.In accordance with FAR 236.204 (iii), the magnitude of construction for this project is estimated to be between $100,000,000 and $250,000,000.7. ANTICIPATED SOLICITATION INFORMATION? Solicitation Type: Request for Proposals (RFP)? Anticipated Solicitation Issue Date: March 2026? Anticipated Award Date: Aug 2026? Contract Duration: Five (5) years8. SITE VISIT / INDUSTRY ENGAGEMENTThe Government anticipates conducting a site visit following release of the solicitation. Details will be provided in the RFP.9. DISCLAIMERThis is a presolicitation notice and is issued for informational and planning purposes only. This is not a solicitation. This notice does not constitute a Request for Proposal (RFP), Request for Quotation (RFQ), Invitation for Bids (IFB), or a promise to issue solicitation in the future. This notice does not commit the Government to contract for any supply or service whatsoever. The information provided in this notice is subject to change and is not binding on the Government.10. Related Notices? Notice ID W9123825X19FL Plating Shop Renovation, Sources Sought and Project Labor Agreement Survey? Notice ID W9123825X19FL, Plating Shop Renovation Industry Day? Notice ID W9123825RA003, Plating Shop Solicitation? Notice ID W9123824R0032, Pre-solicitation Notice
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/1f322feff2e84139935b8f2c16f9607b/view)
- Place of Performance
- Address: Building 505, Hill Air Force Base, Utah 84041
- Zip Code: 84041
- Zip Code: 84041
- Record
- SN07693692-F 20260124/260122230039 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |